V231--HOTEL LODGING FOR VA LONG BEACH HEALTHCARE SYSTEM (VALBHS) - MUST NOT EXCEED 10-MILES FROM THE VALBHS POP: 01/01/2025 - 12/31/2030 36C262-24-AP-8946|600-25-1-870-0005
ID: 36C26225Q0054Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL (V231)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for hotel lodging, food, and transportation services for the VA Long Beach Healthcare System, with a contract period from January 1, 2025, to December 31, 2029. The selected vendor must provide accommodations for at least 1,500 single or double occupancy rooms per night, including meals and shuttle services to the VA facility, ensuring quality support for veterans' needs. This procurement is vital for maintaining essential services for veterans, reflecting the government's commitment to their care and well-being. Interested vendors should contact Contract Specialist Barry Bland at barry.bland@va.gov for further details, and must comply with the Service Contract Act Wage Determination and other federal requirements outlined in the associated documents.

    Point(s) of Contact
    Dr. Barry BlandContract Specialist
    (858) 626-8744
    (858) 626-8744
    barry.bland@va.gov
    Files
    Title
    Posted
    The VA Long Beach Healthcare System is requesting hotel lodging services for its patients, specifically requiring accommodations within a 10-mile radius of the facility for the period from January 1, 2025, to December 31, 2030. This presolicitation notice details the necessity for transportation and housing services to support patient care at the Tibor Rubin VA Medical Center located in Long Beach, California. The solicitation number for this request is 36C26225Q0054, with responses due by October 18, 2024, at noon Pacific Time. The project is set aside for Small Business Administration (SBA) eligible businesses. Communication with the contracting office can be directed to Dr. Barry Bland at the provided email and phone number. This notice forms part of the broader initiative to facilitate quality medical care for veterans while ensuring compliance with federal contracting standards.
    The document outlines the Service Contract Act Wage Determination (WD) #2015-5613, pertinent to services in California, specifically Los Angeles County. Published on July 21, 2024, this revision (number 27) details wage rates and classifications for service workers under the Act, ensuring compliance with federally mandated wage standards. It serves as a vital reference for contractors responding to federal RFPs and grants, as well as state and local solicitations that require adherence to these wage determinations. The document emphasizes the importance of equitable compensation practices within the service sector, reflecting the government's commitment to fair labor standards. As such, it acts as an essential guide for organizations involved in public contracting within the specified region and service domain.
    The documents referenced, namely VA10091, W-9 Form, and FMS Vendor File Update Request Form, serve administrative purposes related to the processing of federal and state local RFPs (Requests for Proposals) and grants. The VA10091 document likely outlines specific compliance requirements or procedures needed to engage with government contracts. The W-9 Form is standard for vendors to provide their taxpayer identification information, ensuring proper tax reporting when receiving payments. Meanwhile, the FMS Vendor File Update Request Form is designed to facilitate updates to vendor information within the Financial Management Service database, a critical step in maintaining current records for efficient transaction processing. Collectively, these documents highlight the necessary steps to ensure that vendors are compliant with federal regulations and streamline the procurement process for government projects. The overarching context stresses the importance of accurate documentation and adherence to protocols to foster a transparent, efficient contracting environment within government operations.
    The government document outlines a Request for Proposal (RFP) for hotel lodging, food, and transportation services to support the National Temp Lodging Program for patients at the VA Long Beach Healthcare System. The contract period extends from January 1, 2025, to December 31, 2029, with a firm fixed price agreement. The vendor is required to provide accommodations for at least 1,500 single or double occupancy rooms per night, along with meals (breakfast, lunch, and dinner), courtesy shuttle service to the VA facility, and complimentary parking. Performance will be monitored through veteran surveys and quarterly reviews. Invoices must be submitted electronically on a monthly basis, detailing the dates of service, descriptions, and contract-related information to ensure timely payments. This RFP demonstrates the government's intention to maintain quality support services for veterans' needs while adhering to specific operational and financial guidelines.
    The document outlines the information required from vendors seeking to engage with the federal government, specifically for contracting opportunities. It includes sections for vendor identification, service details, tax identification, contact information, and additional compliance checks. Vendors must provide their legal name, address, phone, and email, and indicate whether they have an existing contract with the government, alongside its specifics. Other essential elements involve verifying the vendor's registration with key government databases, indicating their business type, socioeconomic status, and acceptance of purchase cards. It also highlights mandatory online registration with the Central Contractor Registration (CCR) and provides links for compliance verification. This form serves to streamline vendor onboarding, ensuring that businesses meet federal eligibility requirements while facilitating vendor management for contracts related to federal grants and requests for proposals (RFPs).
    The VA-FSC Vendor File Request Form is designed to facilitate the establishment or update of vendor records for the Department of Veterans Affairs. The form requires the completion of various sections, including information regarding the VA facility, vendor type, authorized representatives, and banking details for electronic funds transfers (EFT). Vendors must check appropriate boxes to indicate whether they are new or existing in the system and provide essential information such as the Unique Entity Identifier (UEI), Social Security Number (SSN) or Tax Identification Number (TIN), and financial institution details. Submission of this form is critical to ensure prompt processing and payment through the Automated Clearing House Payment System, with normal processing times ranging from three to five business days. The overall purpose of this form is to collect necessary data while adhering to the Privacy Act of 1974, ensuring compliance with federal regulations in managing vendor payments. Inclusion of contact information for inquiries and instructions for submission indicates a structured approach to vendor management within the VA system, enhancing the efficiency of federal grants and procurement processes.
    The document outlines Form W-9, a Request for Taxpayer Identification Number and Certification, used by U.S. persons (including resident aliens) to provide their taxpayer identification number (TIN) to requesters, typically for tax reporting purposes. It specifies the requirements for accurately reporting TINs, the conditions under which individuals certify their TIN, and manage backup withholding—a 28% withholding on certain payments when an incorrect TIN is provided or if no TIN is supplied. The form distinguishes between various entity types, including sole proprietorships, partnerships, and corporations, each having specific instructions on how to fill it out. Additionally, the document outlines penalties for providing false information or failing to provide a TIN. The W-9 serves as a critical tool in ensuring compliance with federal tax law, particularly for those engaged in activities eligible for federal grants or contracts, where tax identification is essential for reporting income. Furthermore, it highlights identity theft risks and provides guidance on safeguarding personal information. Overall, the purpose of Form W-9 is to facilitate accurate tax reporting and compliance within federal and state financial transactions.
    Similar Opportunities
    V231--(S) 442 Veteran Lodging Service (VA-25-00007226)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for Veteran Lodging Services under solicitation number 36C25925Q0029, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract aims to provide off-site lodging accommodations for veterans traveling to the Cheyenne VA Medical Center for medical appointments, requiring a minimum of five ADA-compliant hotel rooms daily within ten miles of the facility. This initiative underscores the VA's commitment to supporting veteran welfare by ensuring accessible lodging options, with the contract set to run from November 1, 2024, to October 31, 2029. Interested parties must submit their proposals by October 24, 2024, and direct inquiries to Contracting Officer Danielle Kramer at danielle.kramer@va.gov or 303-712-5725.
    V231-- WI VAMC | HOTEL/MOTEL SERVICES | FY25
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for hotel and motel lodging services for the Robert J. Dole VA Medical Center in Wichita, Kansas. The objective is to provide accommodations for veterans traveling long distances or recovering from medical procedures, ensuring they have access to lodging within a three-mile radius of the medical center. This initiative is crucial for supporting veterans' needs, particularly as the medical center no longer has on-site housing available. The contract, valued at approximately $40 million, will cover an estimated 1,404 rooms over three annual ordering periods, starting November 11, 2024, and concluding November 10, 2027. Interested vendors should submit their bids by October 31, 2024, and can contact Greg McMillan Sr. at Gregory.McMillan@va.gov or 913-758-9919 for further information.
    V231--Hoptel Lodging Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for Hoptel Lodging Services, aimed at providing motel accommodations for veteran beneficiaries in need of temporary lodging while attending medical appointments. The procurement seeks to secure approximately 250 rooms annually, with a base contract period from December 1, 2024, to November 30, 2025, and four additional one-year options, ensuring compliance with Federal Acquisition Regulation (FAR) standards. This initiative is crucial for enhancing the accessibility of lodging for veterans, thereby alleviating their hardships and reducing government spending by utilizing non-VA hotels near the Carl Vinson VA Medical Center in Dublin, Georgia. Interested vendors, particularly service-disabled veteran-owned small businesses (SDVOSB), must submit their quotes electronically by October 18, 2024, at 11:00 AM ET, and can direct inquiries to Contracting Officer Lasonja Harvey at lasonja.harvey@va.gov or by phone at 478-272-1210 x3112.
    V231--Lodging Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a solicitation for lodging services at the St. Louis Veterans Affairs Medical Center (VAMC) John Cochran Division. The objective is to provide fully furnished hotel/motel accommodations, including standard amenities such as shuttle service and complimentary breakfast, specifically for eligible beneficiaries of the St. Louis VA Healthcare System. This procurement is crucial for supporting veterans' healthcare needs and will be structured as a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, encompassing a base year and four ordering periods. The solicitation is expected to be released around October 21, 2024, with a response deadline set for approximately October 31, 2024. Interested parties should contact Contracting Officer Laura Ferguson at laura.ferguson@va.gov for further information.
    G099--SALVATION ARMY Homeless Veteran Shelter
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a sole-source contract with The Salvation Army to provide temporary emergency shelter and services for homeless veterans within a 20-mile radius of the Hampton VA Medical Center. The contract aims to support the Healthcare for Homeless Veterans (HCHV) program by offering safe housing, rehabilitation activities, case management, and meal provisions for veterans facing short-term crises lasting up to 90 days. This initiative is crucial for ensuring that homeless veterans receive immediate support and comprehensive services while promoting recovery and securing permanent housing. Quotes are due by October 23, 2024, at 11:00 a.m. EDT, with a total estimated contract value projected to exceed $7.5 million, and interested parties can contact Contract Specialist Ruth A. Morris at Ruth.Morris@va.gov for further information.
    2024 NYC Veterans Week Event Accommodations
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Marine Corps (USMC), is seeking qualified contractors to provide accommodations and conference space for the 2024 NYC Veterans Week events, scheduled from November 6 to November 13, 2024. The requirements include securing a 4-star rated hotel that can offer 35 double rooms and 15 single rooms on a separate floor for General Officers, along with a conference room capable of hosting approximately 25 personnel, equipped with necessary meeting technology. This procurement is crucial for supporting the annual Veterans Day Parade and a commissioning ceremony for the USS John Basilone, highlighting the importance of honoring veterans during this significant week. Interested vendors are encouraged to submit their capabilities statements and feedback by October 18, 2024, to Heaven Onley at heaven.j.onley.civ@usmc.mil, with no funding currently associated with this Request for Information (RFI).
    V225--National Air-Ambulance (702) (VA-24-00010685)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for five Indefinite Delivery Indefinite Quantity (IDIQ) contracts to provide scheduled air ambulance broker services for eligible VA beneficiaries. The procurement aims to ensure 24/7 air ambulance transport services across the contiguous United States, Hawaii, and U.S. territories, primarily for patients requiring Advanced Life Support, with a focus on maintaining high standards of emergency medical transport and care responsiveness. The contract is set to commence on February 1, 2024, and will extend through multiple option periods until January 31, 2029, with a minimum guaranteed contract amount of $17,500 annually. Interested contractors can contact Contract Specialist Krystal Weeks at krystal.weeks@va.com or by phone at 509-321-1914 for further details.
    Transitional Housing for Homeless Veterans In/Around Myrtle Beach
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide transitional housing services for homeless veterans in and around Myrtle Beach, South Carolina. The procurement aims to establish a five-year indefinite delivery/indefinite quantity (IDIQ) contract that includes not only housing but also essential support services such as medical care, substance abuse treatment, and employment assistance, all functioning year-round. This initiative is crucial for addressing the needs of veterans facing mental health challenges and ensuring they have access to comprehensive support services. Interested contractors must submit their qualifications and relevant business information by October 25, 2024, and can contact Matthew Durden at matthew.durden@va.gov or by phone at 770-496-4200 for further details.
    G004--Bedford Emergency Residential Beds
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide emergency residential bed services as part of the Healthcare for Homeless Veterans (HCHV) initiative at the Bedford Veteran Affairs Medical Center. The procurement aims to enhance emergency housing capacity for Veterans experiencing homelessness by providing up to 15 beds in a safe facility, along with comprehensive support services such as meals, case management, and transportation assistance. This initiative is critical in addressing the ongoing issue of Veteran homelessness and aligns with the VA's commitment to eradicating this challenge through community collaboration. Quotations are due by October 31, 2024, and interested parties should contact David Valenzuela at David.Valenzuela2@va.gov or 603-624-4366 for further information.
    V225--Ambulance Ground Transportation, Northport VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Ambulance Ground Transportation services for the Northport Veterans Affairs Medical Center (VAMC) in Northport, NY. This Sources Sought Notice aims to gather information for market research purposes as the VA prepares to replace an expiring contract set to commence in January 2025. The selected contractor will be responsible for delivering essential transportation services, which are critical for the mobility and care of veterans. Interested parties are encouraged to submit a capability statement and relevant documentation to Contract Specialist Lisa Harris at Lisa.Harris4@va.gov, as the information will help determine the procurement strategy and potential set-asides for small businesses, including service-disabled veteran-owned and veteran-owned small businesses.